Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2026 SAM #8886
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at Commander Fleet Activities Yokosuka (CFAY) and Atsugi, Japan

Notice Date
3/24/2026 12:02:15 AM
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
NAVFACSYSCOM FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008426B1006
 
Archive Date
03/24/2027
 
Point of Contact
Emiko Uyama, Phone: 046-816-2874, Teresa Aguon, Phone: 3152432875
 
E-Mail Address
emiko.uyama2.ln@us.navy.mil, teresa.f.aguon.civ@us.navy.mil
(emiko.uyama2.ln@us.navy.mil, teresa.f.aguon.civ@us.navy.mil)
 
Description
PRE-SOLICITATION NOTICE Subject: Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at Commander Fleet Activities Yokosuka (CFAY) and Atsugi, Japan NAICS Code: 238320 Painting and Wall Covering Contractors Commercial and Institutional Building Construction Classification Code: Z - Maintenance, Repair or Alteration of Real Property Solicitation Number: N40084-26-B-1006 Contact Points: Ms. Emiko Uyama A. GENERAL INFORMATIONThe Naval Facilities Engineering Systems Command (NAVFAC) Far East intends to issue an Invitation for Bid (IFB) to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for painting construction services at various locations at Commander Fleet Activities Yokosuka (CFAY) and Atsugi, Japan. THIS IS A PRESOLICITATION NOTICE ONLY. This notice is for informational and planning purposes only and does not constitute the official solicitation. The official solicitation will be made available on or about April 07, 2026. B. PROJECT DESCRIPTION The work includes, but is not limited to, providing all labor, management, supervision, tools, materials, equipment, and transportation, except otherwise specified herein, necessary to perform painting services. Projects may include repair or replacement work, removal and reinstallation work, and ultra-high performance protective coating. Work will be accomplished via awarded task orders issued against the basic IDIQ contract. Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the contract. Prior to award of any contract, offerors must be registered to do business in Japan and possess a construction license (Kensetsu Gyo Kyoka) issued by the Ministry of Land, Infrastructure and Transport, or prefectural government. Offerors will be required to provide verification of such construction license prior to award of any contract to the contracting officer if such information is not already on file with or available to the contracting officer. The U.S. Government will not offer ""United States Official Contractor"" status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this solicitation; nor will the U.S. Government certify any employees of a contractor as ?Members of the Civilian Component? under Article I(b) of the SOFA. C. CONTRACT DETAILS Contract Type: Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract Acquisition Method: Sealed Bidding procedures in accordance with FAR Part 14. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering price only factors Ordering Period: The contract will consist of a single, continuous five (5) year ordering period from the date of contract award. Estimated Construction Magnitude: The total estimated magnitude for the life of this contract is between JPY5,000,000,000 and JPY10,000,000,000?Minimum Guarantee: The minimum guarantee for the entire contract is JPY1,000,000. The Government is not obligated to issue orders beyond the minimum guarantee. Task Order Range: Individual task orders issued under this IDIQ are anticipated to range from JPY1,000,000 to JPY250,000,000. These are estimates and are not a guarantee of the size or frequency of future orders D. SOLICITATION INFORMATION Interested bidders can view and/or download the solicitation from the PIEE Solicitation Module and SAM.gov websites when it becomes available on or about April 07, 2026. Hard copies will not be provided. It is the contractor's responsibility to check the websites daily for any amendments to this solicitation. Bidders must be registered in the System for Award Management (SAM) database at the time of bid submission to be eligible for award. Electronic bid submission will be required through the Department of Defense (DoD) Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Information and training on the PIEE Solicitation Module are available at: https://dodprocurementtoolbox.com/site-pages/solicitation-module. The point of contact for this solicitation is Ms. Emiko Uyama, Contract Specialist at, Emiko.Uyama2.ln@us.navy.mil and Ms. Teresa Aguon, Contracting Officer at teresa.f.aguon.civ@us.navy.mil. All questions regarding this pre-solicitation notice should be directed in writing to the points of contact listed above. Telephone inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f0b296aa44954ba1914ef58321c67cf8/view)
 
Place of Performance
Address: JP-14, JPN
Country: JPN
 
Record
SN07754654-F 20260326/260324230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.